Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOURCES SOUGHT

R -- ISR Force Sizing

Notice Date
6/25/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, DIA Bolling AFB, Bolling AFB, Bldg. 6000, AE-2, Washington, District of Columbia, 20340-5100
 
ZIP Code
20340-5100
 
Solicitation Number
VACA_ISR
 
Archive Date
7/10/2009
 
Point of Contact
Pamela S Robinson, Phone: 202-231-3522, Pamela S Robinson, Phone: 202-231-3522
 
E-Mail Address
pamela.robinson@dia.mil, pamela.robinson@dia.mil
(pamela.robinson@dia.mil, pamela.robinson@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Intelligence Agency located at Bolling AFB, Washington DC is seeking sources for a developmental or non-developmental, multi-functional capability. This initiative is referred to as the Intelligence, Surveillance, and Reconnaissance (ISR) Force Sizing Construct. This Construct will determine the optimal mix of ISR capabilities necessary to satisfy a series of tasks for a given scenario. The ISR capabilities to be examined include the collection and the exploitation of various disciplines of intelligence. The tasks are intelligence missions and the scenarios are representations of "red" activity and "blue" operational capabilities. Decision makers will use the output of this Construct to make force management and investment decisions for ISR capabilities. Integration of non-developmental systems is expected. The objective of the ISR Force Sizing Construct is to develop a capability that can evaluate existing and planned resources and determine optimal ISR mixes to cover anticipated ISR requirements. It shall include a tool or system to rapidly recommend optimal ISR capabilities needed to address a series of tasks or requirements. Optimal solutions are those mixes that meet defined sufficiency criteria. Central to this segment is the identification and explanation of metrics/measures associated with the assignment of forces against requirements utilizing existing processes; and the establishment of sufficiency criteria (i.e. what is a sufficient amount of intelligence, generated by the ISR mix, to address the tasks). The tool should be flexible enough to incorporate existing and proposed forces, requirements, and processes. It should be capable of considering wide-ranging scenarios that are potentially geographically dispersed, contain multiple intelligence tasks (i.e. Warning, science and technology, support to military operations, etc) or both. Other system segments may include: a) A platform/sensor-to-target tool or system for explicit modeling of sensor characteristics against the given collection requirements, to include tasking the platform, processing/exploiting the data, and disseminating it to the required users. (Responders shall identify and explain the metrics used to evaluate sensor performance against requirements); b) A graphical visualization and map plotting tool to facilitate analysis of performance of ISR mixes against the identified tasks; and c) A data repository compatible with Oracle 11g. The platform/sensor-to-target tool should employ accepted operations research techniques to produce a prioritized mix of force structures. The tool should model platform/sensor-to-target calculations with engineering-level data to determine target detection in a tactical scenario. Preference will be given to models that take less than 30 days for scenario development and have a less than six hour run time. All tools must consider terrain, weather, cover, concealment, and denial and deception criteria. Importing and exporting data from the repository must not be a constraining factor in tool usage. The visualization tool should be scalable from tactical to global levels and display both geological and man-made features. DIA is in the process of defining functional attributes into various levels and priority of requirements including Key Performance Parameters (KPP). However, the identification of such requirements is dependent on the technical maturity of tools that industry can provide in Q1 FY10. Industry partnering is encouraged to achieve an integrated solution set across the functional attributes. Solutions for the software modules or an integrated solution set should be at a minimum technology readiness level (TRL) 6. Interested parties should submit a White Paper no greater than 15 pages in length within 15 days after release of this RFI. The White Paper should include information regarding currently existing mature capabilities or products that meet all or a subset of the identified attributes. Attribute tradeoffs may be made if more objective capabilities can be provided with the modification of select threshold. White Papers must be in Microsoft Word for Office 2000 or later compatible format. At a minimum, responses should include company name, size of business, point of contact (including telephone number, facsimile number and e-mail address), and a list of contracts within the past five (5) years under which the interested party has performed the same or similar work. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Interested parties are requested to provide information on their ability to satisfy any or all of the requirements outlined above. Information should be provided by electronic mail to Pamela Robinson at pamela.robinson@dia.mil. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the DIA in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. The Government will make final decisions on the set-asides based on market research and responses from this Request for Information (RFI), as well as other procurement and program related criteria. The deadline for submission of information is 09 July 2009 at 3:00 pm. This information is being requested for purposes of market research. The Government will use this information to develop a list of potential bidders which can be view on this site under interested parties. Questions concerning this notice should be submitted to Pamela Robinson at pamela.robinson@dia.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/Bolling/VACA_ISR/listing.html)
 
Place of Performance
Address: Washington, DC, United States
 
Record
SN01856908-W 20090627/090626000102-ef698b7c4a51b4e34c9d18a1ff9cc7df (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.